Award

Second Variation Agreement to the contract for the provision of goods and services to support the UK Covid-19 Testing Strategy

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

AwardUpdate

30 Jun 2021 at 16:55

Summary of the contracting process

The Department of Health and Social Care is overseeing a tender process for the "Second Variation Agreement to the contract for the provision of goods and services to support the UK Covid-19 Testing Strategy." This procurement relates to services provided by medical laboratories, specifically focused on delivering labour and equipment for end-point PCR testing. The contract's active phase is currently being managed, with significant activities and engagements having commenced on 25 March 2020 and concluding on 14 June 2021. The total value of the contract is £114,150,000, and the procurement was initiated under the legal framework of the EU Public Contracts Regulations.

This procurement presents substantial growth opportunities for businesses in the health services sector, especially those specialising in medical laboratory services and high-throughput testing technologies. Companies that are well-equipped to manage large-scale health-related service deliveries, particularly small and medium enterprises with experience in the National Testing Programme, would be particularly suited to compete for future contracts stemming from this initiative. Engaging with the Department of Health and Social Care can provide these businesses a chance to contribute significantly to public health efforts in the UK.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Second Variation Agreement to the contract for the provision of goods and services to support the UK Covid-19 Testing Strategy

Notice Description

Lot Information

Lot 1

Labour and equipment to accommodate end point PCR - PS1,179,565End point PCR running costs - PS31.05m

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02c202
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014990-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85145000 - Services provided by medical laboratories

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£114,150,000 £100M-£1B

Notice Dates

Publication Date
30 Jun 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
7 Jan 20215 years ago
Contract Period
23 Aug 2020 - 14 Jun 2021 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF HEALTH AND SOCIAL CARE
Contact Name
Not specified
Contact Email
procurement.operations@dhsc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1H 0EU
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

UK BIOCENTRE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02c202-2021-06-30T17:55:23+01:00",
    "date": "2021-06-30T17:55:23+01:00",
    "ocid": "ocds-h6vhtk-02c202",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02c202",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Second Variation Agreement to the contract for the provision of goods and services to support the UK Covid-19 Testing Strategy",
        "classification": {
            "scheme": "CPV",
            "id": "85145000",
            "description": "Services provided by medical laboratories"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "description": "Labour and equipment to accommodate end point PCR - PS1,179,565End point PCR running costs - PS31.05m",
                "contractPeriod": {
                    "startDate": "2020-03-25T00:00:00Z",
                    "endDate": "2021-06-14T23:59:59+01:00"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "014990-2021-C13789-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-21114",
                    "name": "UK Biocentre Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-43",
            "name": "Department of Health and Social Care",
            "identifier": {
                "legalName": "Department of Health and Social Care"
            },
            "address": {
                "streetAddress": "39 Victoria Street",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1H 0EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Procurement.Operations@dhsc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
                "buyerProfile": "https://www.gov.uk/government/organisations/department-of-health-and-social-care"
            }
        },
        {
            "id": "GB-FTS-21114",
            "name": "UK Biocentre Limited",
            "identifier": {
                "legalName": "UK Biocentre Limited",
                "id": "07618653"
            },
            "address": {
                "streetAddress": "Units 1 & 2, Spectrum Way Adswood, Stockport",
                "locality": "Cheshire",
                "region": "UK",
                "postalCode": "SK3 0SA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-497",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "generaloffice@administrativecourtoffice.justice.gov.uk"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.gov.uk/courts-tribunals"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-43",
        "name": "Department of Health and Social Care"
    },
    "contracts": [
        {
            "id": "014990-2021-C13789-1",
            "awardID": "014990-2021-C13789-1",
            "status": "active",
            "value": {
                "amount": 114150000,
                "currency": "GBP"
            },
            "dateSigned": "2021-01-07T00:00:00Z",
            "period": {
                "startDate": "2020-08-24T00:00:00+01:00",
                "endDate": "2021-06-14T23:59:59+01:00"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "85145000",
                        "description": "Services provided by medical laboratories"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "Works and additional operational costs to facilitate the use of ultra-high throughput ePCR to support the National Testing Programme.Labour and equipment to accommodate end point PCR - PS1,179,565End point PCR running costs - PS31.05m",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: The modifications were undertaken pursuant to Regulation 72(1)(b) of the Public Contract Regulations 2015. As part of the national testing programme, new high throughput ePCR technology was required in order to meet national demand for testing services. Previous proof of concept activity undertaken by UK Biocentre in its Milton Keynes lab means that it had LGC machines already installed and existing experience of operation of ePCR. Moving the ePCR services to a new facility for a period which is potentially less than a year would cause significant inconvenience and/or substantial duplication of costs for DHSC. The increase in price from the modification does not exceed 50% of the value of the original contract."
                }
            ]
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:467935-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}